Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 30,1998 PSA#2062

U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania 19107

C -- INDEFINITE DELIVERY CONTRACT FOR ENVIRONMENTAL AND HAZARDOUS/TOXIC SERVICES!! SOL N/A!! POC Robert Bencal, (215) 656-6606 17. 1. CONTRACT INFORMATION: The Philadelphia District, U.S. Army Corps of Engineers intends to award up to two (2) Indefinite Delivery Contract(s) for Environmental and Hazardous/Toxic Services with options for two additional periods. Although the maximum task order limit is $1,000,000, it is envisioned that most task orders will be $300,000 or less. The cumulative total of all task orders in either the base period or two option periods shall not exceed $1,000,000. The cumulative total of all task orders in either the base and option periods shall not exceed $3,000,000. Options may be awarded based on value used or time at the discretion of the Contracting Officer. 2. PROJECT INFORMATION: The selected firm(s) will be used primarily for Environmental and Hazardous/Toxic type services principally for support of Military Installations, Civil Works, the Work for Others Program and missions assigned to the Philadelphia district. The District's boundaries include portions of the states of Pennsylvania, New Jersey, New York, Maryland and Delaware. Work outside the District's civil works boundaries may be required. Individual task orders will be allocated among the contracts using the following criteria in descending order of importance: (1) the specialized experience of the selected firm, such as type of work (investigation, remediation, soils, groundwater); (2) conflict of interest; (3) capacity to accomplish the task order in the required time; (4) distribution of work among the contractors. The firm(s) will be used primarily for Environmental and Hazardous/Toxic type projects to include, but not limited to, preparation of environmental assessments, preliminary assessments and environmental impact statements; planning and implementation of environmental and hazardous/toxic investigations; preparation and implementation of plans for sampling and analysis of hazardous/contaminated materials; preparation, implementation and oversight of site specific health and safety plans; preparation of designs, plans, specifications and cost estimates for removal/remediation/abatement of environmental hazards including contaminated soil and groundwater, lead paint, asbestos and PCB's; and other contaminated wastes; preparation of environmental inventories and baseline studies; preparation of human health and ecological risk assessments; investigation of permit requirements and preparation of permit applications; and other related services as required to prepare assessments, conduct investigations and prepare designs for support of Military Installations, Civil Works, the Work for Others Program and missions assigned to the Philadelphia District. Other secondary related work may include but not be limited to architectural, civil, structural, mechanical, electrical, architectural landscaping, geotechnical engineering and archaeology. All work shall comply with the jurisdictional regulations and laws to include the requirements for registrations, licenses and certifications. This contract will require use of Automated Review Management Systems (ARMS); Micro-computer-aided Cost Estimating System (MCACES); Computer-aided Drafting and Design (CADD); and U.S. Army Corps Computerized Specifications (SPECSINTACT) by the selected A/E. The contract will also require the use of a USACE MRD Validated Laboratory for analysis of environmental samples. The A/E(s) should have the capability of executing a minimum of three (3) task orders simultaneously. The firm(s) will have primary services capability in-house. 3. SELECTION CRITERIA: Significant selection evaluation criteria in relative descending order of importance will include: (1) Specialized experience of the firm in the primary types of work; (2) Professional qualifications of the available staff necessary for performance of the services; (3) Experience in other related types of work required; (4) Capacity of the firm to accomplish the work in the required time; (5) Past performance, especially, on Department of Defense contracts; (6) Location of the firm with respect to work sites will bea secondary consideration provided that a sufficient number of qualified firms respond to this announcement; (7) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort; (8) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. As a part of this submittal, it is required that all responding firms clearly present billing amounts for all Corps of Engineers work as well as all other Department of Defense work for the 12 months prior to this announcement. As a requirement for negotiations. The selected contractor will submit for government approval a quality control plan which will be enforced through the life of the contract. The district reserves the right to terminate negotiations with firms that do not respond to Government requests for proposals, information, documentation, etc. 4. SUBMISSION REQUIREMENTS: Responding firms must clearly present billing amounts for all USACE work as well as all other DOD work for the 12 months prior to the date of this announcement. Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed SF254 and SF 255 revised 11/92 for the prime firm and SF54 for each consultant, to the above address not later than the close of business on the 30th days after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business the next business day. Include ACASS number in Block 3b of the SF 255. Call the ACASS Center at (503) 808-4591 for information on obtaining an ACASS number. All Responders are advised that this requirement may be canceled or revised at any time during the solicitation, selection, selection evaluation, negotiation and/or final award process based on the decisions related to DOD changes in force structure and disposition of U.S. Armed Forces. This is not a request for proposals. No other notification to firms for this project will be made.***** (0085)

Loren Data Corp. http://www.ld.com (SYN# 0023 19980330\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page